Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2010 FBO #3039
SOLICITATION NOTICE

38 -- Brush Cutter

Notice Date
3/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
One West Third, Tulsa, OK
 
ZIP Code
00000
 
Solicitation Number
DE-RQ75-10SW10207
 
Response Due
4/22/2010
 
Archive Date
10/22/2010
 
Point of Contact
Angela Wall, Contracting Officer, 918-595-6693,angela.wall@swpa.gov;Angela Wall, Contract Specialist, 918-595-6693,
 
E-Mail Address
Angela Wall, Contract Specialist
(angela.wall@swpa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial itemsprepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Proposals (RFP). Submit only written proposals for RFP DE-RQ75-10SW10207. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. This acquisition is a Small Business Set-Aside. The associated NAICS code is 333120 with a small business size standard of 750 employees. This RFP contains one (1) line item. The line item description is as follows: CLIN 0001 - Machine, Brush-Cutting: Hydraulically operated, articulating type, with quick attach front mounted rotary cutter head attachment. The machine shall be capable of meeting applicable OSHA standards related to this type of brush cutting equipment. Items proposed must meet or exceed the following requirements: 1. GENERAL 1.1 The Brush Cutting Machine shall be hydraulically operated, articulating type, with quick attach, front mounted rotary cutter head attachment. 1.2 The Brush Cutting Machine shall be capable of meeting applicable OSHA standards related to this type of brush cutting equipment. 2. ENGINE 2.1 The engine shall be diesel fueled, capable of operating on bio-diesel if necessary and have a minimum horse power rating of 260 hp. It shall have an adequate cooling system to operate at extended time intervals in a high-dust, brushy, outdoor environment and the cooling media containment system can be cleaned easily with high pressure air and/or water. 2.2 The cooling system shall be equipped with a variable pitch, reversing engine fan to keep the cooling system clean and maintain proper operating temperature. It shall have a minimum fuel tank capacity of 130 gallons. 3. ELECTRICAL SYSTEM 3.1 The Brush Cutting Machine shall be equipped with a 12 volt electrical system with circuit breaker protection and master disconnect switch. It shall have a minimum 145 Amp alternator. 3.2 The Brush Cutting Machine shall have two forward, two side, and two rear facing work lights mounted to the operators cab. It shall have a Beacon light, running lights, rear stop and tail lights, front and rear turn signals and side marker lights for transportation on road ways. 4. DRIVE TRAIN 4.1 The Brush Cutting Machine shall have a hydrostatic transmission with variable displacement pump and variable displacement motor. It shall have a two speed transfer case with manually operated shift/propel interlock inboard planetary axles with front and rear hydraulic differential lock. The hydrostatic pump shall have a minimum rating of 65 GPM @ 5420 psi and the system filtration of 13 micron absolute rating. 4.2 The Brush Cutting Machine service brake shall be hydrostatic-dynamic braking, plus pedal operated, wet disc brakes on front axle. The parking brake shall be lever operated, cable actuated with caliper disc on drive line at transfer case. 4.3 The Brush Cutting Machine shall be capable of speeds of 0-5 MPH in low range for road travel. 4.4 The Brush Cutting Machine shall be equipped with 28L x 26 tires with a minimum of 14 PR rating. 5. HYDRAULIC SYSTEM 5.1 The Brush Cutting Machine pumps shall be load sensing, variable displacement pumps for lift and tilt, attachment and steering, double gear pilot/differential lock and circulation pump. The filtration of the main return shall be 4.5 Micron absolute rating minimum. The filtration of the auxiliary hydraulics shall be 13 Micron absolute rating minimum. The hydraulic tank capacity shall be approximately 66 gallons. 5.2 The Brush Cutting Machine shall be equipped with a 20,000 lb, two-speed free spooling, hydraulic winch mounted on the rear of the machine, with 100 feet minimum cable length of suitable size to recover the machine. 6. CAB AND CONTROLS 6.1 The Brush Cutting Machine shall have a high visibility operators cab, with flat three-piece laminated reverse slope Lexan windshield, eyebrow skylight, left side entry door, recessed door latch, sliding windows, right side emergency exit, high back operators seat, electronic gages and warning lights, tachometer and engine hour meter, air conditioning/heating system, digital AM/FM radio, horn, 10 lb. fire extinguisher, water tank hose storage, and back-up-alarm. 6.2 The lift and tilt controls shall be right hand joystick type. The cab shall tilt by means of a hand pump to gain access to the hydraulic pumps and transmission for ease of servicing. The wrap-around bumpers on the rear of the machine will also serve as pressurized water tanks. 7. GENERAL DIMENSIONS The Brush Cutting Machine shall have an overall height of not more than 126 inches, and an overall width of no more than 116 inches, with a total length of no more than 338 inches, with the cutter head attached. It shall have a minimum ground clearance of 21 inches. The weight of the machine with out the cutting attachment shall be 31,000 pounds maximum. 8. CUTTER HEAD REQUIREMENTS The cutter head shall be front mounted with a quick attach system for ease of mounting and removal. It shall be bi-rotational hydrostatic motor driven to allow control of discharged material and be of a rotary-ax type with two free swinging blades mounted on a rotating bar. It shall be capable of cutting a 96 inch path and trees up to 7 inches in diameter. 9. WARRANTY The manufacture shall include a warranty of one year or 200 operating hours, from the date of delivery. 10. PAINT The paint color shall be the standard manufactures paint color. 11. DELIVERY 11.1 The contractor shall provide 48 hours notice, prior to delivery. Notice shall be provided to Mr. Loyd Hines or Ms. Susan Johnson at 918-489-5582. 11.2 Delivery will not be scheduled for Friday, a weekend, or a Federal Holiday. All proposals must be FOB Destination to include delivery of CLIN 0001. All proposals must include a proposed delivery date (or number of days from award). PROVISIONS: The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability and Price Technical capability is significantly more important when compared to price. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES: The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Aside (with Alternate I); FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-14 Limitations on Subcontracting; FAR 52.219-28, Post-Award Small Business Program Representations; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-34, Payment by Electronic Funds Transfer--Other Than Central Contractor Registration; FAR 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Proposals must be signed, dated and received no later than April 22nd, 2010, at 4:00 PM, Central Time at the following address: SUBMIT PROPOSALS TO: Southwestern Power Administration Attn: Angela Wall One West Third Street Tulsa, OK 74103-3502 Please mark the outermost layer of proposal packaging with the solicitation number DE-RP75-10SW10207 LATE PROPOSALS: Proposals or modifications to proposals received at the address above after the exact time specified for receipt of proposals WILL NOT be considered. All contractors must be registered in the Central Contractor Registration database located at http://www.ccr.gov prior to any contract award. Please submit the following information with each quote: Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation for CLIN 0001 in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote. For additional information, please contact the Contracting Officer, Angela Wall at 918-595-6693 or by email at angela.wall@swpa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOE/PAM/HQ/DE-RQ75-10SW10207/listing.html)
 
Record
SN02098164-W 20100321/100319235727-ef106fe02d6e41e8431106571d2bc9f5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.